SOURCES SOUGHT
J -- N65236-16-R-0002 Rev 01 - Field and Marine Engineering Services for AN/WSN7/7A/7B Inertial Navigation System
- Notice Date
- 8/26/2016
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Atlantic_MKTSVY_1279AE
- Response Due
- 9/1/2016
- Archive Date
- 9/16/2016
- Point of Contact
- Point of Contact - Alan S Bates, Contract Specialist, 843-218-5108
- E-Mail Address
-
Contract Specialist
(alan.bates@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is clarifies the requirements of prior synopsis N65236-16-R-0002 dated 19 November 2015. Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic intends to award on a sole source basis, an Indefinite Delivery, Indefinite Quantity, performance based, Cost-Plus-Fixed-Fee (CPFF) services contract with provisions for Firm-Fixed-Price (FFP) orders, to Northrop Grumman Systems Corporation, DBA Sperry Marine, 1070 Seminole Trail, Charlottesville, VA 22901-2891, for professional field and marine engineering services, material acquisition, as well as repair, software, and ISEA engineering support for the following systems: a.AN/WSN-7(V) Surface RLGN (V1, V2, V3) Ring Laser Gyrocompass Navigator b.AN/WSN-7B RLG (V3, V4, V5) Laser Gyrocompass c.AN/WSN-7A (V1, V2) Laser Gyrocompass d.AN/MK 39 RLG Ring Laser Gyrocompass eNAVIGAT X MK 1 - Microprocessor Controlled Gyrocompass f.SPEED LOGS (SRD331, NIII, N350E) g.IBS Integrated Bridge Management System /VMS Voyage Management Systems h.NAVITWIN III CMS (IV HMS) Operations and Display for NAVIGAT X Mk 1 i.DTR 600 Digital Tape Repeater, Heading, DBR 600 Digital Bearing Repeater j.JUPITER MAGNETIC COMPASS k.NDCU Navigation Data Concentrator Unit l.NAVDDS Navigation Data Distribution System m.PTM, UDR, and MFD Precision Timing Systems These services are in support of Naval Sea Systems Command (NAVSEA). Sperry Marine is the original equipment manufacturer and developer for the software used in the AN/WSN-7/7A/7B and the other Navigation systems. Sperry Marine holds proprietary rights to the majority of hardware and software associated with the subject systems. This proprietary information is required for the repair, evaluation, and modification of the required equipment, as well as the development, manufacturing, and subsequent installation of field changes and product improvements. The estimated value of this contract is $25,000,000. The period of performance will be a 5 year ordering period. The authority for other than full and open competition is 10 U.S.C. 2304(c)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies and Services will satisfy agency requirements. The applicable North American Industry Classification System (NAICS) code is 541330, with a size standard of $38.5 million. This notice is NOT a request for competitive proposals. Since this requirement was previously synopsized for 15 days, all interested sources must respond in writing with sufficient information to establish capability to fulfill the requirement within five (5) days of this publication. Verbal responses are not acceptable and will not be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The SPAWARSYSCEN Atlantic point of contact is Alan Bates, Code 22420AB at alan.bates@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/137cc1fa1470e0853a67e7f2c16a9abc)
- Record
- SN04243111-W 20160828/160826234916-137cc1fa1470e0853a67e7f2c16a9abc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |